Back to tenders & grants page
United Kingdom-Warrington: Repair and maintenance services of building installations Construction & Engineering United Kingdom-Warrington: Repair and maintenance services of building installations
Receive Tenders like this by email

United Kingdom-Warrington: Repair and maintenance services of building installations

United Kingdom-Warrington: Repair and maintenance services of building installations has been closed on 09 Feb 2023. It no longer accepts any bids. For further information, you can contact the Procurement for Housing Limited

Bellow, you can find more information about this project: 

Location: United Kingdom

General information

Donor:

Procurement for Housing Limited

Industry:

Construction & Engineering

Status:

Closed

Timeline

Published:

09 Jun 2018

Deadline:

09 Feb 2023

Value:

Not available

Contacts

Name:

Iain Taylor

Description

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Procurement for Housing Limited
Postal address: 2 Olympic Way, Woolston Grange Avenue, Birchwood
Town: Warrington
NUTS code: UK UNITED KINGDOM
Country: United Kingdom
Contact person: Iain Taylor
E-mail: [email protected]
Internet address(es):
Main address: http://procurementforhousing.co.uk/
Address of the buyer profile: https://in-tendhost.co.uk/procurementforhousing
I.2)Information about joint procurement
The contract is awarded by a central purchasing body
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://in-tendhost.co.uk/procurementforhousing
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
Body governed by public law
I.5)Main activity
Housing and community amenities

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Compliance Services and Associated Works Dynamic Purchasing System

Reference number: PFH/00000007
II.1.2)Main CPV code
50700000 Repair and maintenance services of building installations
II.1.3)Type of contract
Services
II.1.4)Short description:

Procurement for Housing wish to establish a DPS for the delivery of compliance services projects and provision of associated works for PfH Members throughout England, Wales and Northern Ireland. It is intended that the DPS will run for an initial period of 5 years with the option to extend for a further period of up to five years. The opportunity has been divided into seventeen categories. Organisations can apply to become qualified suppliers in one or more categories. At the Invitation to Tender stage PfH Members will define the requirements including requirements and specification, delivery model, pricing model and form of contract.

II.1.5)Estimated total value
Value excluding VAT: 99 250 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:

Heating Servicing and Maintenance

Lot No: 1
II.2.2)Additional CPV code(s)
50700000 Repair and maintenance services of building installations
71334000 Mechanical and electrical engineering services
50711000 Repair and maintenance services of electrical building installations
50531100 Repair and maintenance services of boilers
45331110 Boiler installation work
45300000 Building installation work
45310000 Electrical installation work
45331100 Central-heating installation work
50720000 Repair and maintenance services of central heating
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
Main site or place of performance:

II.2.4)Description of the procurement:

Serving and repair works which may include but is not limited to boilers, full central heating systems (Oil, Solid Fuel, Biomass, LPG etc.) and other associated works, plus renewable solutions (Air Source, Ground Source, Solar PV etc.)

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:

It is intended that the DPS will run for an initial period of 5 years with the option to extend for a further period of up to 5 years.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project:

Projects awarded via the DPS may include an element of European Union funds this will be confirmed at point of call-off stage.

II.2.14)Additional information

II.2)Description
II.2.1)Title:

Electrical Testing and Maintenance

Lot No: 2
II.2.2)Additional CPV code(s)
50700000 Repair and maintenance services of building installations
71334000 Mechanical and electrical engineering services
50711000 Repair and maintenance services of electrical building installations
45310000 Electrical installation work
45300000 Building installation work
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
Main site or place of performance:

II.2.4)Description of the procurement:

Electrical Testing, Servicing and Maintenance which may include but is not limited to domestic, commercial, appliances, heating systems, renewable solutions

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:

It is intended that the DPS will run for an initial period of 5 years with the option to extend for a further period of up to 5 years.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project:

Projects awarded via the DPS may include an element of European Union funds this will be confirmed at point of call-off stage.

II.2.14)Additional information

II.2)Description
II.2.1)Title:

Access Control

Lot No: 3
II.2.2)Additional CPV code(s)
50700000 Repair and maintenance services of building installations
42961100 Access control system
44221310 Access gates
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
Main site or place of performance:

II.2.4)Description of the procurement:

Service, Maintenance and Installation of door entry systems, auto opening doors, barriers and gates and associated works.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:

It is intended that the DPS will run for an initial period of 5 years with the option to extend for a further period of up to 5 years.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project:

Projects awarded via the DPS may include an element of European Union funds this will be confirmed at point of call-off stage.

II.2.14)Additional information

II.2)Description
II.2.1)Title:

Fire and Associated – Fire Risk Assessments

Lot No: 4
II.2.2)Additional CPV code(s)
50700000 Repair and maintenance services of building installations
75251110 Fire-prevention services
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
Main site or place of performance:

II.2.4)Description of the procurement:

Provision and Completion of domestic and commercial Fire Risk Assessments and associated inspections.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:

It is intended that the DPS will run for an initial period of 5 years with the option to extend for a further period of up to 5 years.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project:

Projects awarded via the DPS may include an element of European Union funds this will be confirmed at point of call-off stage.

II.2.14)Additional information

II.2)Description
II.2.1)Title:

Fire and Associated – Sprinkler Systems

Lot No: 5
II.2.2)Additional CPV code(s)
50700000 Repair and maintenance services of building installations
51700000 Installation services of fire protection equipment
45343200 Firefighting equipment installation work
45343100 Fireproofing work
75251110 Fire-prevention services
45343210 CO2 fire-extinguishing equipment installation work
44480000 Miscellaneous fire-protection equipment
50413200 Repair and maintenance services of firefighting equipment
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
Main site or place of performance:

II.2.4)Description of the procurement:

Design, installation, replacement, servicing and maintenance of sprinkler systems, foam suppression, water deluge and associated systems and products.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:

It is intended that the DPS will run for an initial period of 5 years with the option to extend for a further period of up to 5 years.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project:

Projects awarded via the DPS may include an element of European Union funds this will be confirmed at point of call-off stage.

II.2.14)Additional information

II.2)Description
II.2.1)Title:

Fire and Associated – Fire Doors

Lot No: 6
II.2.2)Additional CPV code(s)
50700000 Repair and maintenance services of building installations
45343000 Fire-prevention installation works
44221220 Fire doors
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
Main site or place of performance:

II.2.4)Description of the procurement:

Installation works which may include but not limited to door sets, cupboards, outhouses and all associated installation requirements for example canopies, including making good of apertures and porch repairs.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:

It is intended that the DPS will run for an initial period of 5 years with the option to extend for a further period of up to 5 years.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project:

Projects awarded via the DPS may include an element of European Union funds this will be confirmed at point of call-off stage.

II.2.14)Additional information

II.2)Description
II.2.1)Title:

Fire and Associated – Emergency Lighting and Fire Equipment

Lot No: 7
II.2.2)Additional CPV code(s)
50700000 Repair and maintenance services of building installations
45343220 Fire-extinguishers installation work
50413200 Repair and maintenance services of firefighting equipment
45343100 Fireproofing work
45312100 Fire-alarm system installation work
45343200 Firefighting equipment installation work
42122110 Pumps for firefighting
51700000 Installation services of fire protection equipment
31625200 Fire-alarm systems
45343210 CO2 fire-extinguishing equipment installation work
75251110 Fire-prevention services
44482000 Fire-protection devices
35110000 Firefighting, rescue and safety equipment
31625100 Fire-detection systems
44480000 Miscellaneous fire-protection equipment
45343000 Fire-prevention installation works
35111500 Fire suppression system
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
Main site or place of performance:

II.2.4)Description of the procurement:

Design, installation, servicing and maintenance works which may include but not be limited to sprinklers, smoke and heat detectors, dry and wet risers, lightening conductors.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:

It is intended that the DPS will run for an initial period of 5 years with the option to extend for a further period of up to 5 years.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project:

Projects awarded via the DPS may include an element of European Union funds this will be confirmed at point of call-off stage

II.2.14)Additional information

II.2)Description
II.2.1)Title:

Fire and Associated – Passive Works

Lot No: 8
II.2.2)Additional CPV code(s)
50700000 Repair and maintenance services of building installations
45343220 Fire-extinguishers installation work
50413200 Repair and maintenance services of firefighting equipment
45343100 Fireproofing work
51700000 Installation services of fire protection equipment
45343210 CO2 fire-extinguishing equipment installation work
75251110 Fire-prevention services
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
Main site or place of performance:

II.2.4)Description of the procurement:

Installation works which may include but not limited to passive works, remedial works and compartmentalisation.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:

It is intended that the DPS will run for an initial period of 5 years with the option to extend for a further period of up to 5 years.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project:

Projects awarded via the DPS may include an element of European Union funds this will be confirmed at point of call-off stage.

II.2.14)Additional information

II.2)Description
II.2.1)Title:

Asbestos – Surveying and Testing

Lot No: 9
II.2.2)Additional CPV code(s)
50700000 Repair and maintenance services of building installations
45262660 Asbestos-removal work
90650000 Asbestos removal services
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
Main site or place of performance:

II.2.4)Description of the procurement:

Surveying and Testing for Asbestos.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:

It is intended that the DPS will run for an initial period of 5 years with the option to extend for a further period of up to 5 years.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project:

Projects awarded via the DPS may include an element of European Union funds this will be confirmed at point of call-off stage.

II.2.14)Additional information

II.2)Description
II.2.1)Title:

Asbestos – Removal

Lot No: 10
II.2.2)Additional CPV code(s)
50700000 Repair and maintenance services of building installations
45262660 Asbestos-removal work
90650000 Asbestos removal services
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
Main site or place of performance:

II.2.4)Description of the procurement:

Removal of Asbestos.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:

It is intended that the DPS will run for an initial period of 5 years with the option to extend for a further period of up to 5 years.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project:

Projects awarded via the DPS may include an element of European Union funds this will be confirmed at point of call-off stage.

II.2.14)Additional information

II.2)Description
II.2.1)Title:

Mansafe

Lot No: 11
II.2.2)Additional CPV code(s)
50700000 Repair and maintenance services of building installations
34928300 Safety barriers
45233292 Installation of safety equipment
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
Main site or place of performance:

II.2.4)Description of the procurement:

Installation and Maintenance of Mansafe work items including but not limited to guard rails, roof anchors, demarcation etc.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:

It is intended that the DPS will run for an initial period of 5 years with the option to extend for a further period of up to 5 years.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project:

Projects awarded via the DPS may include an element of European Union funds this will be confirmed at point of call-off stage

II.2.14)Additional information

II.2)Description
II.2.1)Title:

Lifts — Installation

Lot No: 12
II.2.2)Additional CPV code(s)
50700000 Repair and maintenance services of building installations
42416100 Lifts
42418220 Chairlifts
42416120 Goods lifts
42416110 Bath lifts
45233292 Installation of safety equipment
42416130 Mechanical lifts
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
Main site or place of performance:

II.2.4)Description of the procurement:

Installation of lifts limited but not included to high rise, low rise, goods and people, fire.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:

It is intended that the DPS will run for an initial period of 5 years with the option to extend for a further period of up to 5 years.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project:

Projects awarded via the DPS may include an element of European Union funds this will be confirmed at point of call-off stage.

II.2.14)Additional information

II.2)Description
II.2.1)Title:

Lifts — Servicing

Lot No: 13
II.2.2)Additional CPV code(s)
50700000 Repair and maintenance services of building installations
42416100 Lifts
42418220 Chairlifts
42416120 Goods lifts
42416110 Bath lifts
42416130 Mechanical lifts
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
Main site or place of performance:

II.2.4)Description of the procurement:

Servicing and Maintenance of lifts limited but not included to high rise, low rise, goods and people, fire and stairlifts.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:

It is intended that the DPS will run for an initial period of 5 years with the option to extend for a further period of up to 5 years.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project:

Projects awarded via the DPS may include an element of European Union funds this will be confirmed at point of call-off stage.

II.2.14)Additional information

II.2)Description
II.2.1)Title:

Legionella — Testing

Lot No: 14
II.2.2)Additional CPV code(s)
45232430 Water-treatment work
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
Main site or place of performance:

II.2.4)Description of the procurement:

Testing for legionella within the following areas- limited but not included to evaporative cooling systems, hot and cold water systems and spa pools humidifiers, air washers, emergency showers, eye wash sprays, indoor ornamental fountains, aqueous tunnel washers, swimming pools etc.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:

It is intended that the DPS will run for an initial period of 5 years with the option to extend for a further period of up to 5 years.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project:

Projects awarded via the DPS may include an element of European Union funds this will be confirmed at point of call-off stage.

II.2.14)Additional information

II.2)Description
II.2.1)Title:

Legionella — Treatment

Lot No: 15
II.2.2)Additional CPV code(s)
45232430 Water-treatment work
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
Main site or place of performance:

II.2.4)Description of the procurement:

Treatment for legionella within the following areas- limited but not included to evaporative cooling systems, hot and cold water systems and spa pools humidifiers, air washers, emergency showers, eye wash sprays, indoor ornamental fountains, aqueous tunnel washers, swimming pools etc

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:

It is intended that the DPS will run for an initial period of 5 years with the option to extend for a further period of up to 5 years.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project:

Projects awarded via the DPS may include an element of European Union funds this will be confirmed at point of call-off stage.

II.2.14)Additional information

II.2)Description
II.2.1)Title:

Japanese Knotweed and Invasive Plants

Lot No: 16
II.2.2)Additional CPV code(s)
77312000 Weed-clearance services
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
Main site or place of performance:

II.2.4)Description of the procurement:

Treatment and removal of Japanese Knotweed and Other Invasive Plants.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:

It is intended that the DPS will run for an initial period of 5 years with the option to extend for a further period of up to 5 years.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project:

Projects awarded via the DPS may include an element of European Union funds this will be confirmed at point of call-off stage.

II.2.14)Additional information

II.2)Description
II.2.1)Title:

Radon Testing and Monitoring

Lot No: 17
II.2.2)Additional CPV code(s)
90743100 Toxic substances monitoring services
71313000 Environmental engineering consultancy services
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
Main site or place of performance:

II.2.4)Description of the procurement:

Radon Testing and Monitoring

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:

It is intended that the DPS will run for an initial period of 5 years with the option to extend for a further period of up to 5 years.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project:

Projects awarded via the DPS may include an element of European Union funds this will be confirmed at point of call-off stage.

II.2.14)Additional information

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:

Please refer to procurement documentation for further details.

III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Restricted procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
The procurement involves the setting up of a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 02/09/2023
Local time: 17:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:

This dynamic purchasing system (DPS) may be used by any contracting authority listed in or referred to in the OJEU notice. This includes:

— all current members of Procurement for Housing at the time of the OJEU notice for this procurement,

— any registered provider of social housing (or Welsh registered social landlord, or Northern Ireland registered social landlord) that becomes a member of Procurement for Housing during the period of the DPS,

— any public authority (as defined in the Freedom of Information Act 2000 for public authorities) in England, Wales and Northern Ireland, that becomes a member of Procurement for Housing at any time during the period of the DPS,

— any local authority (as defined in the Local Government Act 1972 for public authorities in England, Wales and Northern Ireland) that becomes a member of Procurement for Housing at any time during the period of the DPS,

— any housing Arm’s Length Management Organisation that becomes a member of Procurement for Housing during the period of the DPS,

— any wholly owned subsidiary of any of the above organisations, and

— any other contracting authority listed on the following page of the Procurement for Housing website,

— http:// procurementforhousing.co.uk/permissible-users/ at the time of the OJEU notice for this procurement.

VI.4)Procedures for review
VI.4.1)Review body
Official name: Royal Courts of Justice
Postal address: Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

VI.5)Date of dispatch of this notice:
03/09/2018

http://ted.europa.eu/udl?uri=TED:NOTICE:388633-2018:TEXT:EN:HTML&src=0&tabId=2

Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more